Download as pdf or txt
Download as pdf or txt
You are on page 1of 14

Invitation of Bids

(DefenceProcurement)

nÚ®£ÉÉ−É /PHONE +91-40 24586345 £ÉÉ®iɺɮBÉEÉ®, ®FÉÉ àÉÆjÉÉãɪÉ


{ÉEèBÉDºÉ/FAX : +91-40-2434 5552 Government of India, Ministry of Defence
Email: dh_mmd@dmrl.drdo.in ®FÉÉ +ÉxÉÖºÉÆvÉÉxÉiÉlÉÉ ÉÊ´ÉBÉEÉºÉ ºÉÆMÉ~xÉ
Defence Research & Development Organisation
®FÉÉ vÉÉiÉÖBÉEàÉÉﻃ +ÉxÉÖºÉÆvÉÉxÉ |ɪÉÉäMɶÉÉãÉÉ
DEFENCE METALLURGICAL RESEARCH LABORATORY
BÉEÆSÉxɤÉÉMÉbÉBÉEPÉ®, cèn®É¤ÉÉn - 500 058
P.O.: Kanchanbagh, Hyderabad – 500 058
Dated: May 2021

Online Invitation of Bids for Machining of top and bottom die for forging out IN 100 material– 1 Job

Tender / Request for Proposal (RFP) Reference No. DMRL/23ATT033/22-23/G-I


Due Date & Time: 20-06-2022/1000Hrs
Online Tender Opening Date &Time: 21-06-2022/1030 Hrs.

1. On-line Bids are invited for supply of items listed in Part V of this RFP as per TWO BID
SYSTEM.
2. Contact Information:
a) Name & designation of the contact officer:
Gp Capt. N V Prasad, GH MMG-III orP. Anuradha Shivraj, SSO-I.
b) Telephone number(s) of the contact Officer:
+91-40-2458 6345 / 6719 / 6763
c)Fax number(s): +91-40-24345552
d) E-mail: dh_mmd@dmrl.drdo.in
3. This RFP is divided into seven (07) parts as follows:
i) Part-I General Information and Instructions for the Bidders about the RFP such as
the time of submission and opening of tenders, Validity period of tenders, etc.
ii) Part II Standard Terms and Conditions of RFP, which will form part of the
Contract/Supply Order (herein after referred as the Contract) with the successful
Bidder(s).
iii) Part III Special Terms and Conditions applicable to this RFP and whichwill also form
part of the Contract with the successful Bidder(s).
iv) Part IV Vendor Qualification Criteria.
v) Part V Details of the Store(s)/Service(s) Requirede.g. TechnicalSpecifications,
Delivery Period, Mode of Delivery, Consignee details etc.
vi) Part VI Evaluation Criteria of Bids.
vii) Part VII Price Schedule
3. This RFP is being issued with no financial commitment and the Buyer reserves the right to change
or vary any part thereof or foreclose the procurement case at any stage. The Buyer also reserves
the right to disqualify any vendor, should it be necessary, at any stage on grounds of National
Security.
4. You may contact The Director, DMRL, PO: Kanchanbagh, Hyderabad-500 058, India for any
grievance related tobidding condition, bidding process and/or rejection of bid. With regard to
biddingcondition, this shall be done in writing at least seven days in advance of the
stipulateddate of submission of bid.

5. All vendors to submit their bids online in TWOBID i.e. one Techno-Commercial Bid
containing Part-I to Part-VII along with technical bid and price Scheduled duly signed.

Thanking you,
Yours faithfully,

For DIRECTOR
For & On Behalf of the President of India.
Part I - General Information and Instructions

1. Pre-bid Conference:Not Applicable


2. Submission of Bids: Online closing date & time for uploading Techno-Commercial and Price bids:
20-06-2022/1000Hrs.

3. Manner of Online Uploading of Bids:

The participation in the Tender Enquiry will be treated as acceptance of all conditions of RFP. The bids will
be submitted Online, Bid Security Declaration Form on firm’s letter pad in the form of scanned document
has to be uploaded along with the bid.
Bids should be uploaded under bidder’s original memo / letter pad inter alia furnishing details like TIN,
VAT/CST number, Bank address with EFT Account if applicable, etc. and complete postal and e-mail
addresses of their office failing which the bid would not be considered.
(i) Bid Security Declaration Form.
(ii) Bids sent by FAX or e-mail will not be considered unless they have been specifically called
for by these modes.

4. Time and Date for Online Opening of Bids: 21-06-2022 / 1030 Hrs.
If due to any exigency, the due date for opening of the bids is declared a closed holiday, the bids
will be opened on the next working day at the same time or on any other day/time, as intimated by the
Buyer.

5. Place of Online Opening of the Bids: DMRL, PO: Kanchanbagh, Hyderabad, Telangana-500058.

6. Instructions for submission of Online bidding as per Annex C


Two Bid System:
Bid shall be submitted Online in two parts i.e. Part I - Techno-Commercial bid and Part II Price bid. Only
the Techno-Commercial bids will be opened on the time and date mentioned above. The Price bids will
be opened during TPC/NC meeting only, the date of the meeting will be intimated in due course.
7.Clarification Regarding Contents of the RFP: A prospective bidder who requires
clarification regarding the contents of the bidding documents shall notify to the Buyer in
writing about the clarifications sought not later than 10 (ten) days prior to the date
of opening of the Bids. Copies of the query and clarifications by the purchaser will be
sent to all prospective bidders who have received the bidding documents from the lab and
would be posted on the website in case of advertised tender enquiry.
8. Indian firms need to quote only in Indian Rupees. An Indian firm can quote in FE on behalf of their
OEM only if they are either a 100% subsidiary of the OEM or an Indian Agent of the foreign OEM in
accordance with their agency agreement. The firms claiming to be :
(a) A 100% subsidiary would be required to produce documentary evidence in support of their claim
along with their Techno-Commercial bid failing which their bid would be disqualified.
(b) An agent of foreign OEM, for submitting the offer on behalf of OEM, would be required to
produce a copy of their agency agreement with their principals and a copy of
registration/enlistment with DRDO/Ministry of Defence/ DGS&D as an Indian agent, if
registered/enlisted, along with their Techno-Commercial bid, failing which their bid would be
disqualified. It would be mandatory for an Indian agent to get registered / enlisted with DRDO /
Ministry of Defence / DGS&D as an Indian agent of OEM prior to evaluation of their Price bid,
failing which their bid also would be disqualified.
9. Modification and Withdrawal of Bids: A bidder may modify or withdraw his Bid after
submission provided that the written notice of modification or withdrawal is received by
the Buyer prior to deadline prescribed for submission of bids. A withdrawal notice may be sent by fax
to 040-24343373 or email to dh_mmd@dmrl.drdo.in. However, it should be followed by a signed
confirmation copy to be sent by post and such signed confirmation should reach the purchaser not later
than the deadline for submission of bids. No bid shall be modified after the deadline for
submission of bids. No bid may be withdrawn in the interval between the deadline for
submission of bids and expiration of the specified period of bid validity.
10.Earnest Money Deposit:Not required. However, Bid Security Declaration is to be submitted
(printed on the firm’s letter head) as per Bid Security Declaration Form placed as Annexure - I.
11.Clarification Regarding Contents of the Bids: During evaluation of bids, the Buyer
may, at his discretion, ask the bidder for clarification on his Bid. The request for
clarification will be given in writing. No clarification on the initiative of the bidder will
be entertained after opening of bid.
12. Rejection of Bids: Canvassing by the Bidder in any form, unsolicited letter and post-
tender correction may invoke summary rejection with forfeiture of EMD. Conditional
tenders will be rejected. Non-compliance of applicable General Information will
disqualify your Bid.
13. Unwillingness to Quote: Bidders unwilling to quote should ensure that intimation to this
effect reaches before the due date and time of opening of the Bid, failing which the
defaulting Bidder may be de-registered for the range of items in this RFP, as per the
policy in vogue.
14. Bidders must submit Quotation pertaining to themselves only except in cases covered
under Para 11above.
15. Bids of debarred/blacklisted firms will not be considered for evaluation.

Authorized Signatory :
Company Name :
Address :
Office Seal with Stamp :
Date :
Part II - Standard Terms and Conditions

The Bidder is required to give confirmation of their acceptance of the Standard Terms and Conditions
of the RFP mentioned below which will automatically be considered as part of the Contract concluded
with the successful Bidder as selected by the Buyer. Failure to do so may result in rejection of the Bid
submitted by the Bidder.
1. Effective Date of the Contract: In case of placement of a supply order, the date of the Supply Order
would be deemed as effective date. Services shall commence from the effective date of
the Contract
2. Law: The Contract shall be considered and made in accordance with the laws of the Republic of
India and shall be governed by and interpreted in accordance with the laws of the Republic of India.
3. Arbitration: All disputes or differences arising out of or in connection with the Contract shall be settled
by bilateral discussions. Any dispute, disagreement or question arising out of or relating to the Contract or
relating to product or performance, which cannot be settled amicably, shall be resolved by
arbitration in accordance with either of the following provisions:
The case of arbitration may be referred to CC R&D or a person appointed by him who will be sole
arbitrator and the proceedings shall be conducted in accordance with procedure of Indian Arbitration and
Conciliation Act, 1996.
Or
The case of arbitration may be referred to International Centre for Alternative Dispute
Resolution (ICADR) for the appointment of arbitrator and proceedings shall be
conducted in accordance with procedure of Indian Arbitration and Conciliation Act,
1996.
Or
The case of arbitration may be conducted in accordance with the rules of Arbitration of the International
Chamber of Commerce by one or more arbitrators appointed in accordance with the said rules in India.
However, the arbitration proceedings shall be conducted in India under Indian Arbitration and Conciliation
Act, 1996.
4. Penalty for Use of Undue influence: The Seller undertakes that he has not given, offered or
promised to give, directly or indirectly, any gift, consideration, reward,
commission, fees, brokerage or inducement to any person in service of the Buyer or
otherwise in procuring the Contract or forbearing to do or for having done or forborne to
do any act in relation to the obtaining or execution of the Contract or any other contract
with the Government of India for showing or forbearing to show favour or disfavour to
any person in relation to the Contract or any other contract with the Government of India.
Any breach of the aforesaid undertaking by the Seller or anyone employed by him or
acting on his behalf (whether with or without the knowledge of the Seller) or the
commission of any offers by the Seller or anyone employed by him or acting on his
behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of
Corruption Act, 1986 or any other Act enacted for the prevention of corruption shall
entitle the Buyer to cancel the contract and all or any other contracts with the Seller and
recover from the Seller the amount of any loss arising from such cancellation. A decision of the Buyer or
his nominee to the effect that a breach of the undertaking had been committed shall be final and
binding on the Seller. Giving or offering of any gift, bribe or inducement or any attempt at any such act
on behalf of the Seller towards any officer/ employee of the Buyer or to any other person in a
position to influence any officer/ employee of the Buyer for showing any favour in relation to this or
any other contract, shall render the Seller to such liability/ penalty as the Buyer may deem proper,
including but not limited to termination of the contract, imposition of penal damages, forfeiture of the
Bank Guarantee and refund of the amounts paid by the Buyer.
5. Agents / Agency Commission: The Seller confirms and declares to the Buyer that the Seller has not
engaged any individual or firm, whether Indian or foreign whatsoever, to
intercede, facilitate or in any way to recommend to the Government of India or any of its
functionaries, whether officially or unofficially, to the award of the contract to the Seller;
nor has any amount been paid, promised or intended to be paid to any such individual or
firm in respect of any such intercession, facilitation or recommendation. The Seller
agrees that if it is established at any time to the satisfaction of the Buyer that the present
declaration is in any way incorrect or if at a later stage it is discovered by the Buyer that
the Seller has engaged any such individual/firm, and paid or intended to pay any amount,
gift, reward, fees, commission or consideration to such person, party, firm or institution,
whether before or after the signing of this contract, the Seller will be liable to refund that
amount to the Buyer. The Seller will also be debarred from entering into any contract
with the Government of India for a minimum period of five years. The Buyer will also
have a right to consider cancellation of the Contract either wholly or in part, without any
entitlement or compensation to the Seller who shall in such an event be liable to refund
all payments made by the Buyer in terms of the Contract along with interest at the rate of
2% per annum above (i) Prime Lending Rate of State Bank of India for Indian bidders,
and (ii) London Inter Bank Offered Rate (LIBOR) for the foreign bidders. The applicable
rates on the date of opening of tender shall be considered for this. The Buyer will also
have the right to recover any such amount from any contracts in vogue with the
Government of India.
Or
The Seller confirms and declares in the Techno-Commercial bid that they have engaged an agent,
individual or firm, for promotion of their product. In such case, following details are to be submitted
in the Techno-Commercial bid:
a) Name of the Agent
b) Agency Agreement between the seller and the agent giving details of their contractual
obligation
c) PAN Number, name and address of bankers in India and abroad in respect of Indian
agent
d) The nature of services to be rendered by the agent and
e) Percentage of Commission payable to the agent
6.Access to Books of Accounts: In case it is found to the satisfaction of the Buyer that the Bidder/Seller
has violated the provisions of Para 4 and/or Para 5 above to obtain the
Contract, the Bidder/Seller, on a specific request of the Buyer, shall provide necessary
information/ inspection of the relevant financial documents/information/Books of Accounts.
7. Non-disclosure of Contract Documents: Except with the written consent of the Buyer/Seller, other
party shall not disclose the Contract or any provision, specification, plan, design, pattern, sample or
information thereof to any third party.

8. Withholding of Payment: In the event of the Seller's failure to submit the Bonds, Guarantees
and Documents, supply the stores/goods and conduct trials, installation of
equipment, training, etc. as specified in the Contract, the Buyer may, at his discretion,
withhold any payment until the completion of the Contract.

9. Liquidated Damages: The Buyer may deduct from the Seller, as agreed, liquidated
damages at the rate of 0.5% per week/part thereof, of value of services that are not performed subject to a
maximum of 10% of the total order value (inclusiveof taxes and duty) of the Contract.
10. Termination of Contract: The Buyer shall have the right to terminate the Contract in part or in full
in any of the following cases :-
i) The store/service is not received/rendered as per the contracted schedule(s) and the same has not
been extended by the Buyer.
Or
The delivery of the store/service is delayed for causes not attributable to Force Majeure for
more than 3 months after the scheduled date of delivery and the delivery period has not been
extended by the Buyer.
ii) The delivery of store/service is delayed due to causes of Force Majeure by more than
6 months provided Force Majeure clause is included in the contract and the delivery
period has not been extended by the Buyer.
iii) The Seller is declared bankrupt or becomes insolvent.
iv) The Buyer has noticed that the Seller has violated the provisions of Para 4 and/or Para 5 above to
obtain the Contract.
v) As per decision of the Arbitration Tribunal
11. Notices: Any notice required or permitted by the Contract shall be written in English
language and may be delivered personally or may be sent by FAX or registered pre-paid
mail/ airmail, addressed to the last known address of the party to whom it is sent.
12. Transfer and Sub-letting: The Seller has no right to give, bargain, sell, assign or sublet
or otherwise dispose of the Contract or any part thereof, as well as to give or to let a third
party take benefit or advantage of the Contract or any part thereof without written consent
of the Buyer.
13.Use of Patents and other Industrial Property Rights: The prices stated in the Contract
shall be deemed to include all amounts payable for the use of patents, copyrights,
registered charges, trademarks and payments for any other Industrial Property Rights.
The Seller shall indemnify the Buyer against all claims from a third party at any time on
account of the infringement of any or all the rights mentioned in the previous paragraphs,
whether such claims arise in respect of manufacture or use. The Seller shall be
responsible for the completion of the supplies including spares, tools, technical literature
and training aggregates irrespective of the fact of infringement of the supplies or any or
all the rights mentioned above.
14. Amendments: No provision of the Contract shall be changed or modified in any way
(including this provision) either in whole or in part except when both the parties are in
written agreement for amending the Contract.
15. Taxes and Duties
Indigenous Bidders
(a) General
(i) If the quoted prices exclude GST or any other Statutory Duties/Taxes, the same must be specifically
stated with applicable rates. In the absence of same, it will be presumed that the prices include
all such charges and no claim for the same will be entertained.
(ii) If reimbursement of any Duty/Tax is intended as extra over the quoted prices, the Bidder must
specifically say so. In the absence of any such stipulation it
will be presumed that the prices quoted are firm and final and no claim on
account of such duty/tax will be entrained after the opening of tenders.
(iii) If a Bidder chooses to quote a price inclusive of any duty/tax and does not confirm that duty/tax
so included is firm and final, he should clearly indicate the rate of such duty/tax and quantum of
such duty/tax included in the price. Failure to do so may result in ignoring any request for change of
duty/tax at a later date due to any reason whatsoever
(iv) Any addition to duty/tax and change in any duty/tax upward/downward as a result of any statutory
variation in duty/tax taking place within contract terms shall be allowed to the extent of actual
quantum of such variation of duty/tax paid by the supplier. Similarly, in case of downward revision
in any duty/tax, the actual quantum of reduction of such duty/tax shall be reimbursed to the Buyer
by the Seller. All such adjustments shall include all reliefs, exemptions, rebates, concession etc., if
any, obtained by the Seller.
(v) TDS as per Income Tax Rules will be deducted and a certificate to that effect will be issued by the
Buyer.
(b) Customs Duty: Not Applicable
(c) CENVAT Excise Duty: Not Applicable
(d)Octroi Duty & Local Taxes: Not Applicable

16. Pre-Integrity Pact Clause: Not Applicable

Authorized Signatory :
Company Name :
Address :
Office Seal with Stamp :
Date :

Part III - Special Terms and Conditions


The Bidder is required to give confirmation of their acceptance of Special Terms and Conditions of
the RFP mentioned below which will automatically be considered as part of the Contract concluded with
the successful Bidder as selected by the Buyer. Failure to do so may result in rejection of Bid submitted by
the Bidder.
1. Apportionment of Quantity: Not Applicable
2. Performance SecurityBond:The Seller will be required to furnish Bank Guarantee (as per details below)
valid upto 60 days beyond the scheduled date of Job Completionfromany scheduled / nationalized bank in
favour of The Director, DMRL,PO: Kanchanbagh, Hyderabad-500 058,The specimen of BG can be
provided on request.
A Bank Guarantee towards Performance Security Bond being 3% of the totalvalueoftheorder.
3. Option Clause:Applicable
4. Repeat Order Clause:Applicable
5. Tolerance Clause:Not applicable
6. Purchase Preference Clause:N.A.
7. Transfer of Technology (ToT): Not Applicable.
8. Permissible Time Frame for Submission of Bills: To claim payment (part or full), the Seller should
submit the bill(s) along with the relevant documents as mentioned in para 13 below within 30 days from the
completion of the activity/supply.
9. Payment Terms :
For Indigenous Seller: The payment will be made as per the following terms, on production of the
requisite documents:
100% payment will be made through PCDA(R&D), Hyderabad against receipt, inspection,
acceptance of Store at DMRLagainst satisfactory job completion certificate issued by User Scientist on
submission of remittance of proof of GSTalongwith invoice.
10. Advance Payments: No advance payment will be made.
11. Part Supply and Pro rata Payment: Applicable
12. Mode of Payment
For Indigenous Sellers: It will be mandatory for the Bidders to indicate their bank account numbers and
other relevant e-payment details to facilitate payments through ECS/EFT mechanism instead of payment
through cheque, wherever feasible.
13. Documents to be furnished for Claiming Payment
Indigenous Sellers: The payment of bills will be made on submission of the following documents
by the Seller to the Buyer:
a) Ink-signed Contractor’s Bill.
b) Ink-signed copy of Commercial Invoice / Seller’s Bill.
c) Bank Guarantee for Performance cum Warranty Bond.
d) Inspection/Test Certificate
e)Details for electronic payment viz. Bank name, Branch name and address,Account
Number, IFS Code, MICR Number (if these details are not already incorporated in the
Contract).
f) Original copy of the Contract and amendments thereon, if any.
g) Copy of proof of Sales Tax remittance / returns
h) Any other document/ certificate that may be provided for in the Supply Order/ Contract.

14. Exchange Rate Variation (EVR) Clause:Not applicable.


15. Force Majeure Clause:
a) Neither party shall bear responsibility for the complete or partial non-performance of
any of its obligations, if the non-performance results from such Force Majeure
circumstances as Flood, Fire, Earth Quake and other acts of God as well as War,
Military operations, blockade, Acts or Actions of State Authorities or any other
circumstances beyond the parties control that have arisen after the conclusion of the present
contract
b) In such circumstances the time stipulated for the performance of an obligation under
the Contract is extended correspondingly for the period of time commensurate with
actions or circumstances and their consequences.
c) The party for which it becomes impossible to meet obligations under the Contract due to Force
Majeure conditions, is to notify in written form to the other party of the beginning and cessation
of the above circumstances immediately, but in any case not later than 10 (Ten) days from their
commencement.
d) Certificate of a Chamber of Commerce (Commerce and Industry) or other competent
authority or organization of the respective country shall be considered as sufficient
proof of commencement and cessation of the above circumstances.
e) If the impossibility of complete or partial performance of an obligation lasts for more
than 6 (six) months, either party hereto reserves the right to terminate the Contract totally or
partially upon giving prior written notice of 30 (thirty) day to the other party of the intention to
terminate without any liability other than reimbursement on the terms provided in the agreement for
the goods received.
16.Buy-Back: Not Applicable.
17. Export License:Not Applicable
18. Free Issue of Material (FIM):Applicable, FIM is to be issued to the supplier as raw material,
comprehensive insurance cover (for transportation and storage period) may be taken by the Lab/Estt or
supplier through Nationalized Insurance Agency or their subsidiaries to safe guard the Govt Property
(FIM). If insurance is taken by the supplier the insurance charges will be reimbursed by the Lab/Estt at
actuals. For very costly stores, FIM may be issued in batches / Lots.
19. Terms of Delivery: The delivery of goods shall be on FOR, DMRL, Hyderabad.
20.Packing and Marking Instructions:
a) The Seller shall provide packing and preservation of the equipment and spares/goods contracted so
as to ensure their safety against damage in the conditions of land, sea and air transportation,
transshipment, storage and weather hazards during transportation, subject to proper cargo
handling. The Seller shall ensure that the stores are packed in containers, which are made
sufficiently strong. The packing cases should have provisionsfor lifting by crane/fork lift truck.
Tags with proper marking shall be fastened to the special equipment, which cannot be packed.
b) The packing of the equipment and spares/goods shall conform to the requirements of specifications
and standards in force in the territory of the Seller’s country.
c) A label in English shall be pasted on the carton indicating the under mentioned details of the item
contained in the carton. The cartons shall then be packed in packing cases as required.
i) Part Number ii) Nomenclature iii) Supply Order / Contract Annex Number iv) Annex Serial
Number v) Qty ordered.
d) One copy of the packing list in English shall be inserted in each cargo package, and the full set of
the packing lists shall be placed in Case No.1 painted in a yellow colour.
e) The Seller shall mark each package with indelible paint in English language as follows:-
i) Supply Order / Contract Number ii) Consignee iii) Port / air Port of Destination iv) Ultimate
Consignee v) Package Number vi) Gross and Net Weight vii) Overall dimensions /volume viii) The
seller marking
f) If necessary, each package shall be marked with warning inscriptions: : <Top>, <Do not turn
over>, category of cargo etc. category of cargo etc. g) Should any special equipment be returned
to the Seller by the Buyer, the latter shall provide normal packing, which protects the
equipment and spares/goods from damage or deterioration during transportation by land, air
or sea. In such case the Buyer shall finalize the marking with the Seller.
21. Inspection Instructions:
As per Technical Specifications enclosed withTender Document.
a) Post delivery inspection on receipt of stores at DMRL.
Inspection Authority: The Inspection will be carried out by a representative of the
Lab duly nominated by the Director, DMRL, Hyderabad.
22.Franking Clause:
i) In Case of Acceptance of Store(s):“The fact that the goods have been inspected
after the delivery period and passed by the Inspecting Officer will not have the effect
of keeping the contract alive. The goods are being passed without prejudice to the
rights of the Buyer under the terms and conditions of the Contract”.
ii) In Case of Rejection of Store(s): “The fact that the goods have been inspected after the delivery period
and rejected by the Inspecting Officer will not bind the Buyer in any manner. The goods are being rejected
without prejudice to the rights of the Buyer under the terms and conditions of the contract.”
23. Claims:
i) The quantity claims for deficiency of quantity and/ or the quality claims for defects or
deficiencies in quality noticed during the inspection during AMC duration shall be presented within 45 days
of completion of inspection.
ii) The Seller shall collect the defective or rejected goods from the location nominated
by the Buyer and deliver the repaired or replaced goods at the same location, within mutually agreed
period, under Seller’s arrangement without any financial implication on the Buyer.
24. Warranty:Not Applicable
25.Product Support: Not Applicable
26. Annual Maintenance Contract (AMC) Clause: NotApplicable
27. Price Variation (PV) Clause: Not Applicable
28. Intellectual Property Rights (IPR): The rights of Intellectual Property, developed under the Contract,
will be either the property of Govt. of India or jointly owned by the Govt. of India and the Development
Partner. The holding of rights of intellectual property will be decided by the Buyer based on the merits
of the case. Even where IPR is jointly held, Govt. of India will have the marching rights on IPR, i.e.,
the Development Partner will have to give technical know-how/design data for production of the item to
the designated Production Agency nominated by Govt. of India. The Development Partner will,
however, be entitled to license fee / royalty from designated agency as per agreed terms and conditions.
The Development Partner will also be entitled to use these intellectual properties for their own
purposes, which specifically excludes sale or licensing to any third party.

Authorized Signatory :
Company Name :
Address with Office Seal and Stamp: Date:
Part IV - Essential Details of Items Required
1. Schedule of Requirements: List of itemsrequired is as follows –
Nomenclature of the item Qty
Machining of top and bottom die for forging out IN 100 material 1 Jobs
2. Technical Details: As per Technical Specifications and scope of supply enclosed at Annexure-I
3. Bidders are required to furnish clause by clause compliance of specifications bringing out clearly the
deviations from specification, if any. Bidders are advised to submit compliance statement for the
technical parameters separately in the following format along with the Techno-Commercial Bid:
As per para of RFP Technical Complianceto RFP Remarks
Specifications enclosed at Specifications
In case of non compliance
Annexure –I enclosed.
Whether YES / NO deviation from RFP to be specific
in case unambiguous Terms. In
case of compliance,
catalogue/brochure reference, if
available to be indicated.
For Commercially-Off-The-Shelf (COTS) items, it is mandatory to enclose catalogue/technical brochure to
support the claims of compliance.
4. Delivery Period
Expected Delivery Period for supply of items/rendering services would be Three Months from the
effective date of the Supply Order / Contract. Please note that the Contract can be cancelled
unilaterally by the Buyer in case services are not satisfactory.Further extension of contract will be at the
sole discretion of the buyer.
5. INCO TERMS for Delivery and Transportation (for Foreign Bidders only): Not Applicable.
6. Consignee details:
Name : The Director
Address : DMRL, PO: Kanchanbagh, Hyderabad-500 058, India.
Phone : +91-40-2434 6421
Fax : +91-40-2434 3373
Email :dh_mmd@dmrl.drdo.in

Commercial Terms are enclosed herewith.

Authorized Signatory :
Company Name :
Address :
Office Seal with Stamp :
Date :
TECHNO-COMMECIAL BID
(Please use the format as given below and enclose along with Techno-commercial Bid)
COMMERCIAL TERMS & CONDITIONS
Vendor’s
Sl.No. Description Nomenclature
confirmation
01 Contract Type FOR, DMRL, Hyderabad
Three Months from the date of issue of Supply Order.
02 Delivery Period
Liquidated Damages will be applicable.
Quotation
03 120 days from the date of tender opening.
validity
04 Inspection At DMRL, Hyderabad.
Mode of
05 Not Applicable
dispatch
100% payment will be made through CDA(R&D),
06 Payment Terms Hyderabad against Job Completion Certificate issued by
User Scientist on submission of remittance of proof of GST
with invoice.
Will be at the rate of 0.5 percent of the order value per week
or part thereof with a maximum of 10 percent of order value,
07 L.D. Clause if there is a delay in services and reasons attributable to
supplier. The amount if any will be deducted from the bills
directly.

The Seller is required to furnish Bank Guarantee (as per


details below) from any scheduled / nationalized bank in
favour of The Director, DMRL, PO: Kanchanbagh,
Performance Hyderabad-500 058, valid upto 60 days beyond the scheduled
08
Security Bond date of Job Completion/ Expiry of Contract Period
(a) A Bank Guarantee towards Performance Security Bond
being 3% of total cost of the order value.
Applicable, FIM is to be issued to the supplier as raw
material, comprehensive insurance cover (for transportation
and storage period) may be taken by the Lab/Estt or supplier
Free Issue of through Nationalized Insurance Agency or their subsidiaries
09
Material to safe guard the Govt Property (FIM). If insurance is taken
by the supplier the insurance charges will be reimbursed by
the Lab/Estt at actuals. For very costly stores, FIM may be
issued in batches / Lots.
(a) GST @ 12 %
Taxes and
10 (b) Income Tax will be deducted at source as per Govt. of
Duties
India Rules.
Earnest money
11 As per Clause 10 of Part-I of RFP Tender document.
Deposit
Supply Order to Supply Order to be placed on
be placed on
12
(Please give the
full address
Indian Vendors to submit bids on their own letter heads in
13 Special Note
Indian Rupees otherwise their bids are liable for rejection.
Part V - Evaluation Criteria of Bids
1.Evaluation and Acceptance Process: The bid will be considered and selected based on instructions
contained in Part I of the RFP for further evaluation of bids as per sequence given below:
i)Techno-Commercial Bid Evaluation: Bids will be evaluated based on vendor
qualification requirement as per Part IV of RFP, if applicable, and bids of the
qualified bidders will be considered for further evaluation as mentioned in Part V of
the RFP.
ii)Price Bid Evaluation:The Price bid of those bidders whose Techno-Commercial bid (if applicable) has
been accepted will be opened and comparative statement will be prepared. The best acceptable bid will
be decided upon the lowest price quoted by the particular Bidder as per the Price Format given at Part
VII of the RFP.
2.Procedure for Cost Comparison: The basis for comparison of cost in different situations would
be as follows:
a) If competition is only among Indian bidders, the financial implication should be considered
on the basis of FOR prices at destination, i.e., all inclusive cost viz. basic price plus taxes, freight,
insurance etc. payable by the DRDO Lab/Estt after availing various benefits of exemptions from
taxes/duties as applicable to DRDO.
b) In import cases, all the foreign quotes will be brought to a common denomination in Indian
Rupees by adopting the exchange rate as BC selling rate of the State Bank of India on the date of
the opening of Price Bids.
c) If competition is among foreign bidders, the basis for comparison should be the landed price
at the destination (designated port) in accordance with Para 19 of Part-III of the RFP.
d) If competition is amongst Indian and foreign bidders, the CIP/CIF cost quoted by the foreign
bidders would be the basis for comparison with the basic cost (FOR) offered by Indian bidders,
after off loading the Excise Duty, Custom Duty, Central Sales Tax (CST) / Value Added Tax
(VAT) and other local taxes and levies. The term Indian bidders would also include DPSUs and
Indian Ordnance Factories.
e) The Buyer reserves the right to evaluate the offers received by adopting Discounted Cash Flow
(DCF) method with a discounting rate in consonance with the existing Government borrowing
rate. DCF method would be used for evaluation of bids in the following cases:
i) Tocompare different paymentterms,includingadvance payments and progressive stage
payments so as to bring them to a common denomination for determining lowest bidder.
ii) To deal with cases where entering into AMC for period in excess of one year is a part of
thecontract for evaluation of the bid.
f) Net Present Value (NPV): Not Applicable
3. The best acceptable bid will be considered further for placement of the Contract after price
negotiation as decided by the Buyer.

Authorized Signatory :
Company Name :
Address :
Office Seal with Stamp :
Date :

You might also like